Loading...
Contract 2021-089ADocuSign Envelope ID: AA7B9877-OAAO-4FBA-A5F6-1 F6D35C6F686 #2021-089-A AGREEMENT NO. 2021-089 FOR VIDEO SURVEILLANCE AND ACCESS CONTROL SECURITY SYSTEM INSTALLATION, MAINTENANCE, REPAIRS AND UPGRADES THIS AGREEMENT, is made and entered into this 22nd day of November 2021, by and between the CITY OF CLERMONT, FLORIDA, a municipal corporation under the laws of the State of Florida whose address is: 685 W. Montrose Street, Clermont, Florida, (hereinafter referred to as "CITY"), and Miller Electric Company, whose address is: 6805 Southpoint Parkway, Jacksonville, Florida 32216, (hereinafter referred to as "CONTRACTOR"). WHEREAS, Osceola County through the public procurement process awarded an Agreement for Video Surveillance and Access Control Security System Services, Osceola County Contract Number RFP-21-12227-TP; WHEREAS, CITY desires to utilize the above -referenced awarded bid, CONTRACTOR's response thereto and Agreement in accordance with CITY's procurement policy; and WHEREAS, CONTRACTOR desires to enter into a contract with CITY based on the terms and conditions of the Osceola County Contract Number RFP-21-12227-TP; WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: ARTICLE 1— SCOPE OF WORK The CONTRACTOR shall furnish Video Surveillance and Access Control Security System Installation, Maintenance, Repairs and Upgrades as described in the Osceola County Contract Number RFP-21-12227-TP, which is attached hereto and incorporated herein as Exhibit "A" and shall perform everything required by this Agreement and the other exhibits attached hereto. Provided, however, that nothing herein shall require CITY to purchase or acquire any items or services from CONTRACTOR that is not specified in the CITY's purchase order. To the extent of a conflict between this Agreement and Exhibit "A", the terms and conditions of this Agreement shall prevail and govern. In all instances the CITY purchasing policy, resolutions and ordinances shall apply. ARTICLE 2 — THE CONTRACT SUM CITY shall pay CONTRACTOR, for the faithful performance of the Agreement as set forth in the Agreement documents and the Unit Price Schedule as set forth in Exhibit "B", attached hereto and incorporated herein. DocuSign Envelope ID: AA7B9877-OAAO-4FBA-A5F6-1 F6D35C6F686 ARTICLE 3 — TERM AND TERMINATION 3.1. This Agreement is to become effective upon execution by both parties, and shall remain in effect until April 30, 2024 unless terminated or renewed by Osceola County. 3.2. Notwithstanding any other provision of this Agreement, CITY may, upon written notice to CONTRACTOR, terminate this Agreement: a) without cause and for CITY's convenience upon thirty (30) days written notice to CONTRACTOR b) if CONTRACTOR is adjudged to be bankrupt; c) if CONTRACTOR makes a general assignment for the benefit of its creditors; d) CONTRACTOR fails to comply with any of the conditions of provisions of this Agreement; or e) CONTRACTOR is experiencing a labor dispute, which threatens to have a substantial, adverse impact upon the performance of this Agreement, without prejudice to any other right or remedy CITY may have under this Agreement. In the event of such termination, CITY shall be liable only for the payment of all unpaid charges, determined in accordance with the provisions of this Agreement, for work, properly performed and accepted prior to the effective date of termination. 3.3. Upon mutual Agreement of the parties, this Agreement may be renewed. ARTICLE 4 — PROVISION OF SERVICES AND COMPLETION OF WORK 4.1. The CONTRACTOR shall only provide to CITY Video Surveillance and Access Control Security System Installation, Maintenance, Repairs and Upgrades upon receipt of an authorized order from CITY and shall provide the requested items in the timeframe and as set forth in Osceola County Contract Number RFP-21-12227- TP or in the specific purchase order or authorized order submitted by CITY. Nothing herein shall obligate CITY to purchase any specific amount of product from CONTRACTOR or create an exclusive purchase agreement between CITY and CONTRACTOR. CITY shall not be obligated or required to pay for any items received until such time as CITY has accepted the items in accordance with the order provided to CONTRACTOR. 4.2. CONTRACTOR, upon receipt of an order hereunder, shall immediately notify CITY if it has an issue or question related to the fulfillment of the order or whether there will be any delay in providing the items requested. Failure of CONTRACTOR to so notify CITY will preclude CONTRACTOR from seeking payment of any kind for any items that were delayed in delivery. Upon receipt of notification of the delay, CITY may at its sole option cancel the order and seek the items from any available source. 4.3. It is expressly understood and agreed that the passing, approval and/or acceptance of any gasoline, diesel, kerosene, LP gas and bio-diesel herein by CITY or by any agent or representative as in compliance with the terms of this Contract shall not operate as a waiver by the CITY of strict compliance with the terms of this Contract 2 DocuSign Envelope ID: AA7B9877-OAAO-4FBA-A5F6-1 F6D35C6F686 and the CITY may require the CONTRACTOR replace the accepted gasoline, diesel, kerosene, LP gas and bio-diesel so as to comply with the warranties and specifications hereof. 4.4. COMPANY specifically acknowledges that this Contract does not bind or obligate CITY to purchase any minimum quantity of product during the term hereof. ARTICLE 5 — PAYMENTS In accordance with the provisions fully set forth in the Contract Documents, CONTRACTOR shall submit an invoice to CITY upon completion of the services and delivery of products to CITY as set forth in the applicable purchase order. CITY shall make payment to the CONTRACTOR for all accepted deliveries and undisputed product delivered and services provided, within thirty (30) calendar days of receipt of the invoice. ARTICLE 6 — DISPUTE RESOLUTION - MEDIATION 6.1. Any claim, dispute or other matter in question arising out of or related to this Agreement shall be subject to mediation as a condition precedent to voluntary arbitration or the institution of legal or equitable proceedings by either party. 6.2. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and other matters in question between them by mediation. 6.3 The parties shall share the mediator's fee and any filing fees equally. The mediation shall be held in Clermont, Lake County, Florida, unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement Agreements in any court having jurisdiction thereof. ARTICLE 7 — INSURANCE AND INDEMNIFICATION RIDER 7.1. Worker's Com ensation Insurance — The CONTRACTOR shall take out and maintain during the life of this Agreement, Worker's Compensation Insurance for all its employees connected with the work of this Project and, in case any work is sublet, the CONTRACTOR shall require the subCONTRACTOR similarly to provide Worker's Compensation Insurance for all of the subCONTRACTOR employees unless such employees are covered by the protection afforded by the CONTRACTOR. Such insurance shall comply with the Florida Worker's Compensation Law. In case any class of employees engaged in hazardous work under this Agreement at the site of the Project is not protected under the Worker's Compensation statute, the CONTRACTOR shall provide adequate insurance, satisfactory to the CITY, for the protection of employees not otherwise protected. 3 DocuSign Envelope ID: AA7B9877-0AA0-4FBA-A5F6-1 F6D35C6F686 7.2. CONTRACTOR's Commercial General Liability Insurance — The CONTRACTOR shall take out and maintain during the life of this Agreement, Commercial General Liability and Business Automobile Liability Insurance as shall protect it from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operating under this Agreement whether such operations are by itself or by anyone directly or indirectly employed by it, and the amount of such insurance shall be as follows: (a) CONTRACTOR's Commercial General Liability, $1,000,000 Each, ($2,000,000 aggregate). Liability Coverages, Bodily Injury Occurrence, & Property Damage Combined Single Limit (b) Automobile Liability Coverages, $1,000,000 Each, Bodily Injury & Property Damage Occurrence, Combined Single Limit (c) Excess Liability, Umbrella Form $2,000,000 Each Occurrence, Combined Single Limit Insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage on an occurrence basis. 7.3. Indemnification Rider (a) To the fullest extent permitted by law, the CONTRACTOR shall indemnify and hold harmless the CITY and its employees from and against all claims, damages, losses and expenses, including but not limited to reasonable attorney's fees, arising out of or resulting from its performance of the Work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) , and (2) is caused in whole or in part by any negligent act or omission of the CONTRACTOR, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not such acts are caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right to obligation of indemnity which would otherwise exist as to any party or person described in this Article; however, this indemnification does not include the sole acts of negligence, damage or losses caused by the CITY and its other contractors. (b) In any and all claims against the CITY or any of its agents or employees by any employee of the CONTRACTOR, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligations under this Paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the CONTRACTOR 4 DocuSign Envelope ID: AA7l39877-0AA0-4Fl3A-A5F6-1F6D35C6F686 or any subcontractor under workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts. (c) The CONTRACTOR hereby acknowledges receipt of ten dollars and other good and valuable consideration from the CITY for the indemnification provided herein. ARTICLE 8 — NOTICES All notices shall be in writing and sent by United States mail, certified or registered, with return receipt requested and postage prepaid, or by nationally recognized overnight courier service to the address of the party set forth below. Any such notice shall be deemed given when received by the party to whom it is intended. CONTRACTOR: Miller Electric 6805 Southpoint Parkway Jacksonville, Florida 32216 Attn: Brent Zimmerman, Chief Legal Officer OWNER: City of Clermont Attn: Scott Davidoff, Acting City Manager 685 W. Montrose Street Clermont, FL 34711 ARTICLE 9 — NUSCELLANEOUS 9.1. Attorneys' Fees — In the event a suit or action is instituted to enforce or interpret any provision of this Agreement, the prevailing party shall be entitled to recover such sum as the Court may adjudge reasonable as attorneys' fees at trial or on any appeal, in addition to all other sums provided by law. 9.2. Waiver — The waiver by city of breach of any provision of this Agreement shall not be construed or operate as a waiver of any subsequent breach of such provision or of such provision itself and shall in no way affect the enforcement of any other provisions of this Agreement. 9.3. Severabili — If any provision of this Agreement or the application thereof to any person or circumstance is to any extent invalid or unenforceable, such provision, or part thereof, shall be deleted or modified in such a manner as to make the Agreement valid and enforceable under applicable law, the remainder of this Agreement and the application of such a provision to other persons or circumstances shall be unaffected, and this Agreement shall be valid and enforceable to the fullest extent permitted by applicable law. DocuSign Envelope ID: AA7B9877-OAA04FBA-A5F6-1F6D35C6F686 9.4. Amendment — Except for as otherwise provided herein, this Agreement may not be modified or amended except by an Agreement in writing signed by both parties. 9.5. Entire Agreement — This Agreement including the documents incorporated by reference contains the entire understanding of the parties hereto and supersedes all prior and contemporaneous Agreements between the parties with respect to the performance of services by CONTRACTOR. 9.6. Assi ent — Except in the event of merger, consolidation, or other change of control pursuant to the sale of all or substantially all of either parry's assets, this Agreement is personal to the parties hereto and may not be assigned by CONTRACTOR, in whole or in part, without the prior written consent of city. 9.7. Venue — The parties agree that the sole and exclusive venue for any cause of action arising out of this Agreement shall be Lake County, Florida. 9.8. Applicable Law — This Agreement and any amendments hereto are executed and delivered in the State of Florida and shall be governed, interpreted, construed and enforced in accordance with the laws of the State of Florida. 9.9. Public Records — Contractor expressly understands records associated with this project are public records and agrees to comply with Florida's Public Records law, to include, to: (a) Keep and maintain public records that ordinarily and necessarily would be required by the CITY in order to perform the services contemplated herein. (b) Provide the public with access to public records on the same terms and conditions that the CITY would provide the records and at a cost that does not exceed the cost provided in this Florida's Public Records law or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (d) Meet all requirements for retaining public records and transfer, at no cost, to the CITY all public records in possession of CONTRACTOR upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. CONTRACTOR shall use reasonable efforts to provide all records stored electronically to the CITY in a format that is compatible with the information technology systems of the CITY. C DocuSign Envelope ID: AA7B9877-0AA0-4FBA-A5F6-1 F6D35C6F686 (e) IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTRACTOR SHALL CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS AT CITY CLERK'S OFFICE, (352) 241-7331. ARTICLE 10 — AGREEMENT DOCUMENTS The Agreement Documents, as listed below are herein made fully a part of this Agreement as if herein repeated. Document Precedence: 10.1. This Agreement 10.2. Purchase Order / Notice To Proceed 10.3. An applicable Contractor Quote or Statement of Work 10.4. All documents contained in the Osceola County Contract Number RFP-21-12227- TP. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this 22nd day of November . 2021. CITY OF CLERMONT Docu E Signed by: VA44 0299988CDD5A49C... Scott Davidoff, ATTEST: '-- DocuSigned by: IT AcAu-,l Haws 3AD7F349056344A... Tracy Ackroyd Howe; ,-- DS City Manager 7 DocuSign Envelope ID: AA7B9877-OAAO-4FBA-A5F6-1 F6D35C6F686 MILLER ELECTRIC DocuS(gned by: By: Qvujt� ebww%at (Signature Print Name: Andy Bowman Title: Vice President - I.S. Date: 11/22/2021 DocuSign Envelope ID: AA7B9877-0AA0-4FBA-A5F6-1F6D35C6F686 OSCEOLA COUNTY BOARD OF COMMISSIONERS AGENDA REQUEST DEFT/OFFICE: INFORMATION TECHNOLOGY MEETING DATE: 7/12/2021 DIRECTORIMANAGER: RICHARD VAN NATTA REOUEST TYPE: Consent AGENDA REQUEST P11 Approval and authorization for the Chair/Vice Chair to sign a service agreement with Miller Electric Company, Jacksonville, Florida for the award to provide Countywide video surveillance and access control security system installation, maintenance, repairs and upgrades, including continued standardization of security systems in County facilities, on an as needed basis; and authorization for the County Manager to sign amendments that do not exceed 10% of the Board's total approved amount (RFP-21-12227-TP); estimated expenditures shall not exceed $2,322,000.00 through April 30, 2024. STRATEGIC PLAN GOAL High Quality Transportation and Infrastructure FINANCIAL INFORMATION TOTAL REQUESTED AMOUNT: 2322000.00 Funds are appropriated in various department budgets countywide for this purpose. Fund availability is confirmed prior to the issuance of a purchase order. Fiscal Year 2021 are subject to future Board APPROVING nFPARTMFNTC OMB: Sharon Chauharjasingh Procurement: Rebecca Jones Attorney: Frank Townsend RACKGROITNr1 INFnRMAT1nN - This agreement provides for new installation as well as upgrades, maintenance and repairs to the County's video surveillance and access control systems countywide on an as -needed basis. - This request also includes authorization for the County Manager to execute amendments for additional services providing such amendments do not exceed 10% of the Board's total approval amount. - The estimated cumulative expenditure of $2,322,000 includes tasks, projects, upgrades, and new installations necessary to allow the County to effectively manage video surveillance and access control affecting various facilities Countywide such as, the Sheriff's Office Administrations Building, Corrections facility, Emergency Operations Center, Courthouse, Libraries, Government Center, Administration Building and other locations as needed. A formal solicitation process was completed including advertisement, notification through VendorLink which resulted in 59 plan holders downloading the solicitation documents, resulted in a total of one (1) response received by the due date and time, with no responses received from Osceola County vendors. - On March 24, 2021, the Evaluation Committee (EC) met to discuss the proposal. The EC unanimously agreed the proposal submitted by Miller Electric Company met the service requirements of the County. - On February 20, 2020, the Board established the standardization of the Genetec Closed Circuit Television and Access Controls stems for video surveillance and access control services Countywide. DocuSign Envelope ID: AA7B9877-OAAO-4FBA-A5F6-1F6D35C6F686 • In confirming with Genetec, the manufacturer of the County's video surveillance and access control system, based upon the size, complexity and support needs of the County's security system, Miller Electric Company is the only firm in our region that is certified by Genetec to maintain, repair, and support our video surveillance and access control system implementation. • The Project Manager for the Agreement will be Dan Andrews, Information Security Manager. • Staff recommends approval and award of this request. DocuSign Envelope ID: AA7B9877-OAAO-4FBA-A5F6-1 F6D35C6F686 AGREEMENT THIS AGREEMENT is made by and between OSCEOLA COUNTY, a political subdivision of the State of Florida, 1 Courthouse Square, Kissimmee, Florida 34741, hereinafter referred to as the "COUNTY", and MILLER ELECTRIC COMPANY, 6805 Southpoint Parkway, Jacksonville, Florida 32216 hereinafter referred to as the "CONTRACTOR". WITNESSETH. WHEREAS, the COUNTY has competitively solicited for video surveillance and access control security system installation, maintenance, repairs and upgrades, pursuant to RFP-21- 12227-TP, and WHEREAS, the CONTRACTOR has exhibited by its response to the solicitation that it is capable of providing the required services; and WHEREAS, the parties hereto have agreed to the terms and conditions cited herein based on said solicitation. NOW, THEREFORE, in consideration of the mutual covenants, terms, and provisions contained herein, the parties agree as follows: SECTION 1. TERM. The Term of this Agreement shall begin on execution by the County and continue through April 30, 2024, and may be extended when in the best interest of the County. SECTION 2. SCOPE OF SERVICES. The CONTRACTOR will furnish and install all necessary labor, materials, and equipment to complete the services set forth in Exhibit "A" which is attached hereto and incorporated herein. SECTION 3. OBLIGATIONS OF THE CONTRACTOR. Obligations of the CONTRACTOR shall include, but not be limited to, the following: A. It is understood that the CONTRACTOR shall provide and pay for all labor, tools, materials, permits, equipment, transportation, supervision, and any and all other items or services, of any type whatsoever, which are necessary to fully complete and deliver the services requested by the COUNTY, and shall not have the authority to create, or cause to be filed, any liens for labor and/or materials on, or against, the COUNTY, or DocuSign Envelope ID: AA7B9877-OAAO-4FBA-A5F6-1F6D35C6F686 any property owned by the COUNTY. Such lien, attachment, or encumbrance, until it is removed, shall preclude any and all claims or demands for any payment expected by virtue of this Agreement. B. The CONTRACTOR will ensure that all of its employees, agents, sub -contractors, representatives, volunteers, and the like, fully comply with all of the terms and conditions set herein, when providing services for the COUNTY in accordance herewith. C. The CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences, safety programs, and procedures necessary to properly and fully complete the work set forth in the Scope of Services. D. The CONTRACTOR will maintain an adequate and competent staff, and remain authorized to do business within the State of Florida The CONTRACTOR may subcontract the services requested by the COUNTY; however, the CONTRACTOR is fully responsible for the satisfactory completion of all subcontracted work. SECTION 4. STANDARD OF CARE. A. The CONTRACTOR has represented to the COUNTY that it possesses a level of knowledge, experience, and expertise that is commensurate with fums in the areas of practice required for the services to be provided. By executing this Agreement, the CONTRACTOR agrees that the CONTRACTOR will exercise that degree of care, knowledge, skill, and ability as any other similarly situated contractor possessing the degree of skill, knowledge, experience, and expertise within the local area, working on similar activities. The CONTRACTOR shall perform the services requested in an efficient manner, consistent with the COUNTY's stated scope of services and industry standards. B. The CONTRACTOR covenants and agrees that it and its employees, agents, sub- contractors, representatives, volunteers, and the like, shall be bound by the same standards of conduct as stated above. SECTION 5. COMPENSATION. A. The amount to be paid under this Agreement for services rendered will not exceed Two Million Three Hundred Twenty Two Thousand and 00/100 Dollars ($2,322,000.00) for RFP-21-12227-TP 2 Rev 08.2020 DocuSign Envelope ID: AA7B9877-OAAO-4FBA-A5F6-1F6D35C6F686 the term of this Agreement, in accordance with the pricing schedule set forth in Exhibit "B" which is attached hereto and made a binding part hereof. B. Compensation for services completed by the CONTRACTOR will be paid in accordance with section 218.70, Florida Statutes, Florida's Prompt Payment Act. C. Services to be performed in accordance with this Agreement are subject to the annual appropriation of funds by the COUNTY. In its sole discretion, the COUNTY reserves the right to forego use of the CONTRACTOR for any project which may fall within the Scope of Services listed herein. In the event the COUNTY is not satisfied with the services provided by the CONTRACTOR, the COUNTY will hold any amounts due until such time as the CONTRACTOR has appropriately addressed the problem. SECTION 6. TERMINATION. Either party may terminate this Agreement, with or without cause, given thirty (30) days written notice to the other party. SECTION 7. PAYMENT WHEN SERVICES ARE TERMINATED. A. In the event of termination of this Agreement by the COUNTY, and not due to the fault of the CONTRACTOR, the COUNTY shall compensate the CONTRACTOR for all services performed prior to the effective date of termination. B. In the event of termination of this Agreement due to the fault of the CONTRACTOR, or at the written request of the CONTRACTOR, the COUNTY shall compensate the CONTRACTOR for all services completed, prior to the effective date of termination, which have resulted in a usable product, or otherwise tangible benefit to the COUNTY. All such payments shall be subject to an off -set for any damages incurred by the COUNTY resulting from any delay occasioned by early termination. This provision shall in no way be construed as the sole remedy available to the COUNTY in the event of breach by the CONTRACTOR. SECTION 8. INSURANCE. A. The CONTRACTOR shall not commence any work in connection with this Agreement until it has obtained all of the following types of insurance and has provided proof of same to the COUNTY, in the form of a certificate prior to the start of any work, nor shall the CONTRACTOR allow any subcontractor to commence work on its RFP-21-12227-TP 3 Rev 08.2020 DocuSign Envelope ID: AA7l39877-0AA0-4FBA-A5F6-1 F6D35C6F686 subcontract until all similar insurance required of the subcontractor has been so obtained and approved. All insurance policies shall be with insurers qualified and doing business in Florida. B. The CONTRACTOR shall maintain the following types of insurance, with the respective minimum limits: l . AUTOMOBILE LIABILITY: Combined Property Damage and Bodily Injury, One Million Dollars ($1,000,000.00) — Any Auto: 2. GENERAL LIABILITY: One Million Dollars ($1,000,000.00) each occurrence: 3. DAMAGE TO RENTED PREMISES — Fifty Thousand Dollars ($50,000.00) Any single occurrence: 4. MEDICAL EXPENSES: Five Thousand Dollars ($5,000.00), any one person; 5. PERSONAL & ADVERTISING INJURY: One Million Dollars ($1,000,000.00); 6. GENERAL AGGREGATE: Two Million Dollars ($2,000,000.00); 7. PRODUCTS — COMPLETED OPERATIONS AGGREGATE; Two Million Dollars ($2,000,000.00) 8. EXCESS/UMBRELLA COVERAGE: Two Million Dollars ($2,000,000.00); and, 9. WORKERS' COMPENSATION: Employers liability insurance which covers the statutory obligation for all persons engaged in the performance of the work required hereunder with limits not less than $1,000,000.00 per occurrence. Evidence of qualified self-insurance status will suffice for this subsection. The CONTRACTOR understands and acknowledges that it shall be solely responsible for any and all medical and liability costs associated with an injury to itself and/or to its employees, sub -contractors, volunteers, and the like, including the costs to defend the COUNTY in the event of litigation against same. C. The CONTRACTOR shall name the "Osceola County Board of County Commissioners" as additional insured, to the extent of the services to be provided hereunder, on all required insurance policies, and provide the COUNTY with proof of same. D. The CONTRACTOR shall provide the COUNTY's Procurement Services with a Certificate of Insurance evidencing such coverage for the duration of this Agreement. Said Certificate of Insurance shall be dated and show: 1. The name of the insured CONTRACTOR, RFP-2I-12227-TP 4 Rev 08.2020 DocuSign Envelope ID: AA7B9877-OAAO-4FBA-A5F6-1 F6D35C6F686 2. The specified job by name and job number, 3. The name of the insurer, 4. The number of the policy, 5. The effective date, 6. The termination date, 7. A statement that the insurer will mail notice to the COUNTY at least thirty (30) days prior to any material changes in the provisions or cancellation of the policy. 8. The Certificate Holders Box must read as follows. Any other wording in the Certificate Holders Box shall not be acceptable. Osceola County Board of County Commissioners c/o Director of Human Resources 1 Courthouse Square, Suite 4200 Kissimmee, Florlda 34741 E. Receipt of certificates or other documentation of insurance or policies or copies of policies by the COUNTY, or by any of its representatives, which indicates less coverage than is required, does not constitute a waiver of the CONTRACTOR's obligation to fulfill the insurance requirements specified herein. F. The CONTRACTOR shall ensure that any sub-contractor(s), hired to perform any of the duties contained in the Scope of Services of this Agreement, maintain the same insurance requirements set forth herein. In addition, the CONTRACTOR shall maintain proof of same on file and made readily available upon request by the COUNTY. G. The COUNTY shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the CONTRACTOR and/or subcontractor providing such insurance. H. All insurance carriers shall have an AM Best Rating of at least A- and a size of VH or larger. The General Liability and Workers' Compensation policies shall have a waiver of subrogation in favor of Osceola County. The liability policies shall be Primary/Non- Contributory. RFP-21-12227-TP 5 Rev 08.2020 DocuSign Envelope ID: AA7B9877-0AA0-4FBA-A5F6-1 F6D35C6F686 SECTION 9. COUNTY OBLIGATIONS. At the CONTRACTOR's request, the COUNTY agrees to provide, at no cost, all pertinent information known to be available to the COUNTY to assist the CONTRACTOR in providing and performing the required services. SECTION 10. ENTIRE AGREEMENT. This Agreement, including referenced exhibits and attachments hereto, constitutes the entire agreement between the parties and shall supersede, replace and nullify any and all prior agreements or understandings, written or oral, relating to the matters set forth herein, and any such prior agreements or understandings shall have no force or effect whatsoever on this Agreement. SECTION 11. APPLICABLE LAW VENUE. JURY TRIAL. The laws of the State of Florida shall govern all aspects of this Agreement. In the event it is necessary for either party to initiate legal action regarding this Agreement, venue shall lie in Osceola County, Florida. The parties hereby waive their right to trial by jury in any action, proceeding or claim, arising out of this Agreement, which may be brought by either of the parties hereto. SECTION 12. PUBLIC RECORDS. A. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT THE FOLLOWING: Public Information Office 1 Courthouse Square, Suite 4400 Kissimmee, Florida 34741 407 742-0100 BCCPIO;d)osceola.or B. The CONTRACTOR understands that by virtue of this Agreement all of its documents, records and materials of any kind, relating to the relationship created hereby, shall be open to the public for inspection in accordance with Florida law. If CONTRACTOR will act on behalf of the COUNTY, as provided under section 119.011(2), Florida RFF-21-12227-TP 6 Rev 08.2020 DocuSign Envelope ID: AA7B9877-OAAO-4FBA-A5F6-1 F6D35C6F686 Statutes, the CONTRACTOR, subject to the terms of section 287.058(1)(c), Florida Statutes, and any other applicable legal and equitable remedies, shall: 1. Keep and maintain public records required by the COUNTY to perform the service. 2. Upon request from the COUNTY'S custodian of public records, provide the COUNTY with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided by Florida law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the CONTRACTOR does not transfer the records to the COUNTY. 4. Upon completion of the contract, transfer, at no cost, to the COUNTY all public records in possession of the CONTRACTOR or keep and maintain public records required by the COUNTY to perform the service. If the CONTRACTOR transfers all public records to the COUNTY upon completion of the contract, the CONTRACTOR shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirement. If the CONTRACTOR keeps and maintains public records upon completion of the contract, the CONTRACTOR shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the COUNTY, upon request from the COUNTY'S custodian of public records, in a format that is compatible with the information technology systems of the county. 5. If the CONTRACTOR does not comply with a public records request, the COUNTY shall enforce the contract provisions in accordance with the contract. SECTION 13. INDEPENDENT CONTRACTOR. This Agreement does not create an employee/employer relationship between the parties. It is the parties' intention that the CONTRACTOR, its employees, sub -contractors, representatives, volunteers, and the like, will be an independent contractor and not an employee of the COUNTY for all purposes, including, but not limited to, the application of the following, as amended- the Fair Labor Standards Act minimum wage and overtime payments, the Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State of Florida revenue and taxation laws, the State of Florida workers' compensation laws, the State of Florida unemployment insurance laws, and the Florida Retirement System benefits. The CONTRACTOR will retain sole and absolute discretion in the RFP-21-12227-TP 7 Rev 08.2020 DocuSign Envelope ID: AA7B9877-OAAO-4FBA-A5F6-1F6035C6F686 judgment of the manner and means of carrying out the CONTRACTOR's activities and responsibilities hereunder. SECTION 14, APPLICABLE LICENSING. The CONTRACTOR, at its sole expense, shall obtain all required federal, state, and local licenses, occupational and otherwise, required to successfully provide the services set forth herein. SECTION 15. COMPLIANCE WITH ALL LAWS. The CONTRACTOR, at its sole expense, shall comply with all laws, ordinances, judicial decisions, orders, and regulations of federal, state, county, and municipal governments, as well as their respective departments, commissions, boards, and officers, which are in effect at the time of execution of this Agreement or are adopted at any time following the execution of this Agreement. SECTION 16. INDEMNIFICATION. The CONTRACTOR agrees to be liable for any and all damages, losses, and expenses incurred, by the COUNTY, caused by the acts and/or omissions of the CONTRACTOR, or any of its employees, agents, sub -contractors, representatives, volunteers, or the like. The CONTRACTOR agrees to indemnify, defend and hold the COUNTY harmless for any and all claims, suits, judgments or damages, losses and expenses, including but not limited to, court costs, expert witnesses, consultation services and attorney's fees, arising from any and all acts and/or omissions of the CONTRACTOR, or any of its employees, agents, sub -contractors, representatives, volunteers, or the like. Said indemnification, defense, and hold harmless actions shall not be limited by any insurance amounts required hereunder. SECTION 17. SOVEREIGN IMMUNITY. The COUNTY expressly retains all rights, benefits and immunities of sovereign immunity in accordance with Section 768.28, Florida Statutes. Notwithstanding anything set forth in any section, article or paragraph of this Agreement to the contrary, nothing in this Agreement shall be deemed as a waiver of sovereign immunity or limits of liability which may have been adopted by the Florida Legislature or may be adopted by the Florida Legislature, and the cap on the amount and liability of COUNTY for damages, attorney fees and costs, regardless of the number or nature of claims in tort, equity or contract, shall not exceed the dollar amount set by the Florida Legislature for tort. Nothing in this Agreement shall inure to the benefit of any third party for the purpose of allowing any claim against the COUNTY which would otherwise be barred under the Doctrine of Sovereign Immunity or operation of law. RFP-21-12227-TP 8 Rev 03,2020 DocuSign Envelope ID: AA7B9877-0AA0-4Fl3A-A5F6-1 F6D35C6F686 SECTION 18. BANKRUPTCY OR INSOLVENCY. If the CONTRACTOR shall file a Petition in Bankruptcy, or if the same shall be adjudged bankrupt or insolvent by any Court, or if a receiver of the property of the CONTRACTOR shall be appointed in any proceeding brought by or against the CONTRACTOR, or if the CONTRACTOR shall make an assignment for the benefit of creditors, or proceedings shall be commenced on or against the CONTRACTOR's operations of the premises, the COUNTY may terminate this Agreement immediately notwithstanding the notice requirements of Section 6 hereof. SECTION 19. BINDING EFFECT. This Agreement shall be binding upon and ensure to the benefit of the parties hereto, their heirs, personal representatives, successors, and/or assigns. SECTION 20. ASSIGNMENT. This Agreement shall only be assignable by the CONTRACTOR upon the express written consent of the COUNTY. SECTION 21. SEVERABILITY. All clauses found herein shall act independently of each other. If a clause is found to be illegal or unenforceable, it shall have no effect on any other provision of this Agreement. It is understood by the parties hereto that if any part, term, or provision of this Agreement is by the courts held to be illegal or in conflict with any law of the State of Florida or the United States, the validity of the remaining portions or provisions shall not be affected, and the rights and obligations of the parties shall be construed and enforced as if the Agreement did not contain the particular part, term, or provision held to be invalid. SECTION 22. WAIVER Failure of the parties to insist upon strict performance of any of the covenants, terms, provisions, or conditions of this Agreement, or to exercise any right or option herein contained, shall not be construed as a waiver or a relinquishment for the future of any such covenant, term, provision, condition, or right of election, but same shall remain in full force and effect. SECTION 23. NOTICE. The parties hereto agree and understand that written notice, mailed or delivered to the last known mailing, address, shall constitute sufficient notice to the COUNTY and the CONTRACTOR. All notices required and/or made pursuant to this Agreement to be given to the RFP-21-12227-TP 9 Rev 09.2020 DocuSign Envelope ID: AA7B9877-0AA0-4FBA-A5F6-1 F6D35C6F686 COUNTY and the CONTRACTOR shall be in writing and given by way of the United States Postal Service, first class mail, postage prepaid, addressed to the following addresses of record: COUNTY: Osceola County Attention: Procurement Services 1 Courthouse Square, Suite 2300 Kissimmee, Florida 34741 CONTRACTOR: Miller Electric Company Attention: Brent T. Zimmerman 6805 Southpoint Parkway Jacksonville, Florida 32216 SECTION 24. MODIFICATION. The covenants, terms, and provisions of this Agreement may be modified by way of a written instrument, mutually accepted by the parties hereto. In the event of a conflict between the covenants, terms, and/or provisions of this Agreement and any written Amendment(s) hereto, the provisions of the latest executed instrument shall take precedence. SECTION 25. HEADINGS. All headings of the sections, exhibits, and attachments contained in this Agreement are for the purpose of convenience only and shall not be deemed to expand, limit or change the provisions contained in such sections, exhibits, and attachments. SECTION 26. ADMINISTRATIVE PROVISIONS. In the event the COUNTY issues a purchase order, memorandum, letter, or any other instrument addressing the services, work, and materials to be provided and performed pursuant to this Agreement, it is hereby specifically agreed and understood that any such purchase order, memorandum, letter, or other instrument is for the COUNTY's internal purposes only, and any and all terms, provisions, and conditions contained therein, whether printed or written, shall in no way modify the covenants, terms, and provisions of this Agreement and shall have no force or effect thereon. SECTION 27. CONFLICT OF INTEREST. The CONTRACTOR warrants that the CONTRACTOR has not employed or retained any company or person, other than a bona fide employee working solely for the CONTRACTOR, to solicit or secure this Agreement, and that the CONTRACTOR has not paid or agreed to pay any person, company, corporation, individual, or firm any fee, commission, percentage, gift, or any other consideration, contingent upon or resulting from the award of making of this Agreement. For the breach or violation of this Paragraph, the COUNTY shall have the right to terminate this RFP-21-12227-TP 10 Rev 08.2020 DocuSign Envelope ID: AA7B9877-OAAO-4FBA-A5F6-1 F6D35C6F686 Agreement immediately, without liability and without regard to the notice requirements of Section 6 hereof. SECTION 28. PUBLIC ENTITY CRIMES. As required by section 287.133, Florida Statutes, the CONTRACTOR warrants that it is not on the convicted contractor list for a public entity crime committed within the past thirty-six (36) months. The CONTRACTOR further warrants that it will neither utilize the services of, nor contract with, any supplier, sub -contractor, or consultant in connection with this Agreement for a period of thirty-six (36) months from the date of being placed on the convicted contractor list. SECTION 29. EMPLOYMENT ELIGIBILITY VERIFICATION {E-VERIFY] Pursuant to Florida Statutes, Section 448.095, the CONTRACTOR shall be registered with and utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility status of all employees performing work under this Agreement as well as all newly hired employees. In addition, the CONTRACTOR shall require any and all subcontractors performing work in accordance with this Agreement to register with and utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility status of all employees performing work under this Agreement as well as all newly hired employees. Any such subcontractor shall provide an affidavit to the CONTRACTOR stating that the subcontractor does not employ, contract with or subcontract with any ineligible individuals and the CONTRACTOR must keep a copy of said affidavit for the duration of this Agreement. Violation of this section is subject to immediate termination of this Agreement without regard to any notice otherwise required herein. In the event the COUNTY incurs costs as a result of the CONTRACTOR'S breach of this provision, any and all such costs shall be paid by the CONTRACTOR immediately upon receipt of notice of the same from the COUNTY. Information on registration for and use of the E-Verify Program may be obtained at the Department of Homeland Security website: ht ://www,dhs. ov/E-Veri SECTION 30. JOINT AUTHORSHIP. This Agreement shall be construed as resulting from joint negotiation and authorship. No part of this Agreement shall be construed as the product of any one of the parties hereto. SECTION 31. EQUAL OPPORTUNITY EMPLOYER. The CONTRACTOR is an Equal Opportunity Employer and will comply with all equal opportunity employment laws. The CONTRACTOR will further ensure that all subcontractors it utilizes in providing the services required hereunder will comply with all equal opportunity employment laws. RFP-21-12227-TP 11 Rev 08.2020 DocuSign Envelope ID: AA7l39877-0AA0-4Fl3A-A5F6-1 F6D35C6F686 SECTION 32. AUDITING. RECORDS AND INSPECTION. In the performance of this Agreement, the CONTRACTOR shall keep books, records, and accounts of all activities, related to the Agreement, in compliance with generally accepted accounting procedures. Throughout the term of this Agreement, books, records, and accounts related to the performance of this Agreement shall be open to inspection during regular business hours by an authorized representative of the COUNTY, and shall be retained by the CONTRACTOR for a period of three years after termination or completion of the Agreement, or until the full County audit is complete, whichever comes first. The COUNTY shall retain the right to audit the books during the three-year retention period. All books, records, and accounts related to the performance of this Agreement shall be subject to the applicable provisions of the Florida Public Records Act, Chapter 119, Florida Statutes. The COUNTY also has the right to conduct an audit within sixty (60) days from the effective date of this Agreement to determine whether the CONTRACTOR has the ability to fulfill its contractual obligations to the satisfaction of the COUNTY. The COUNTY has the right to terminate this Agreement based upon its findings in this audit without regard to the termination provision set forth herein. SECTION 33. PROJECT MANAGERS. The COUNTY and the CONTRACTOR have identified individuals as Project Managers, listed below, who shall have the responsibility for managing the work performed under this Agreement. The person or individual identified by the CONTRACTOR to serve as its Project Manager for this Agreement, or any replacement thereof, is subject to prior written approval and acceptance of the COUNTY. If the COUNTY or CONTRACTOR replace their current Project Manager with another individual, an amendment to this agreement shall not be required. The COUNTY will notify the CONTRACTOR, in writing, if the current COUNTY Project Manager is replaced by another individual. A. The COUNTY Project Manager's contact information is as follows: Dan Andrews, Information Security Manager Osceola County Information Technology Department 1 Courthouse Square, Suite 2400 Kissimmee, Florida 34741 Phone: (407) 742-5836 Email: dan.andrewsLrzLosceola.ore B. The CONTRACTOR Project Manager's contact information is as follows: Melissa Haynie, Sr. Project Manager Miller Electric Company 528 Northlake Blvd., Suite 1024 Altamonte Springs, Florida 32701 Phone: (407) 328-5220 Email: Mhaynie@mecojax.com RFP-11-12227-TP 12 Rev 09.2020 DocuSign Envelope ID: AA7B9877-OAAO-4FBA-A5F6-1F6D35C6F686 SECTION 34. PUBLIC EMERGENCIES. It is hereby made a part of this Agreement that before, during, and after a public emergency, disaster, hurricane, tornado, flood, or other acts of God, Osceola County shall require a "First Priority" for goods and services. It is vital and imperative that the health, safety, and welfare of the citizens of Osceola County are protected from any emergency situation that threatens public health and safety as determined by the COUNTY. The CONTRACTOR agrees to rent/sell/lease all goods and services to the COUNTY or governmental entities on a "first priority" basis. The COUNTY expects to pay contractual prices for all products and/or services under this Agreement in the event of a disaster, emergency, hurricane, tornado, flood, or other acts of God. Should the CONTRACTOR provide the COUNTY with products and/or services not under this Agreement, the COUNTY expects to pay a fair and reasonable price for all products and/or services rendered or contracted in the event of a disaster, emergency, hurricane, tornado, flood, or other acts of God. SIGNATURE PAGE TO FOLLOW RFP-21-12227-TP 13 Rev 08.2020 DocuSign Envelope ID: AA7B9877-0AA0-4FBA-A5F6-1 F6D35C6F686 IN WITNESS WHEREOF, the parties hereto, by their duly authorized representatives, have executed this Agreement effective the later of the dates that each party signed this Agreement. BOARD OF COUNTY COMMISSIONERS OF OSCCEOOLLA COUNTY, FLORIDA By: CJo C-hsir/V Chair - ATTEST: OSCEOLA COUNTY CLERK OF THE BOARD By. C-leddDeputy le of the Bo As authorized for execution at the Board of County Commissioners meeting of: MILLER ELECTRIC COMPANY. By: Print: Title: Uf1,C.J_ Date: STATE OF FLORIDA COUNTY OF-t5E fK 1 *4 D l.l,-' The�re oin instrument was executed before this�day of _ . 2021, by ��� as of Miller Electric Company, who personally swore or affirmed that he/she is authorized to execute this Agreement and thereby bind the Corporation, and who is personally known to me_ OR has produced as identification. — )OS&tYI&BAIC, tate of Florida (Stamp) DANYELFELDT _ "w:= NotaryPublic •State of Flortda ��`= Commissltm # GG 243641 ?osnT' My Comm. Expires Nov 26, 2022 Bonded throujh National Notary Assn. RFP-21-12227-TP 14 Rev 09.2020 DocuSign Envelope ID: AA7l39877-0AA0-4FBA-A5F6-1 F6D35C6F686 Exhibit "A" Scope of Services and Technical Requirements A Objective: It is the intent of the Osceola County to contract with a qualified Contractor for various installation, maintenance, repairs and upgrades to the County's physical and electronic GenetecTM-based security, video surveillance and access control systems. The awarded contractor shall furnish all parts, materials, equipment, labor and supervision as necessary to install, construct, maintain, calibrate, refurbish and replace any components or security system projects associated with the County's GenetecTM security systems. The awarded contractor shall also supply technical and programming services to maintain and optimize various security databases and systems associated with the County's electronic security, video surveillance and access control systems countywide. B. Special Conditions: All Proposers must meet and maintain for the duration of the contact: 1. The Awarded Contactor must be an authorized GenetecTM Unified Elite certified integrator and must submit proof with their submittal. 2. The Awarded Contactor shall be an authorized GenetecTM Unified Elite certified integrator, and have on staff no less than four (4) factory trained technicians in the installation, maintenance and service of OmnicastTM digital video surveillance systems. 3. The Awarded Contactor shall be an authorized GenetecTM certified integrator, and have on staff no less than two factory trained technicians in the installation, maintenance and service of SynergisTM IP access control systems. 4. The Awarded Contactor must be a Florida Certified Electrical Contractor and must submit a copy of their State of Florida Department of Business and Professional Regulation certificate with their proposal. 5. The Awarded Contactor must be a Florida Certified General Contractor and must submit a copy of their State of Florida Department of Business and Professional Regulation certificate with their proposal. 6. The Awarded Contactor shall have and maintain, on staff, a minimum of one (1) employee that is BISCI Registered Communications Distribution Designer (RCDD). 7. The Awarded Contactor shall have, and maintain, on staff a minimum of one (1) employee that is an Axis Certified Professional and must provide the appropriate certificate with their proposal. 8. The Awarded Contactor shall have, and maintain, on staff, a minimum of one employee that is GenetecTM Certified and must provide proof of certification with their proposal. C. Scope of Work: 1. Repairs / Corrective Maintenance: In the event of equipment failure, the Contractor will provide the supervision, labor, and equipment necessary to return the affected system(s) to normal operation. The Contractor will also provide the necessary RFP-11-12227-TP 1$ Rev 08.2020 DocuSign Envelope ID: AA7B9877-OAA04FBA-A5F6-1F6D35C6F686 replacement materials and parts. The Contractor is expected to respond 24 hours a day, seven days a week, and to be on -site with a trained technician within two (2) hours after being notified of emergency need or within two (2) business days for non -emergency needs in accordance with the terms of this Contract. 2. Preventive Maintenance: The Contractor will perform inspections, cleaning, performance checks, and consumable replenishment or replacement, and system calibrations. The Contractor will provide a breakdown of recommended preventive maintenance activities and schedule for Osceola County approval. 3. Renewal and Replacement: If as a result of either corrective or preventive maintenance the Contractor discovers deficiencies, and the correction or resolution of such deficiencies requires a level of effort or expenditure beyond the tasks specified and authorized in the Purchase Order Form, the Contractor shall submit to the County a proposal for the additional work necessary. 4. Provision of Material and Parts: The Contractor is expected to provide the necessary materials and replacement parts for both corrective and preventive maintenance. Osceola County may at its option provide parts and consurnables from its own inventory for Contractor installation. 5. Asset Inventory and Database: The Contractor will create and maintain, in a format acceptable to Osceola County, a database of all equipment (including recommended spare parts) covered by this Contract. Definitions, identification conventions, and an initial list of security system components will be provided to Osceola County; the Contractor will verify all asset data provided to Osceola County and confirm its accuracy. The Contractor is also expected to add to, delete from, or modify any security system asset data provided by Osceola County. All replaced equipment will be entered into the database. The database will remain the property of Osceola County. 6. The Contractor shall assist in design, document review, construct, furnish and install all security control and associated equipment as specified to perform the intended function on an as -required basis. Work shall include the following: all labor, materials and equipment to complete the specifications; manufacturing and factory tests; delivery to the site; programming; interfacing with all existing alarm, access control, video and security systems; calibration; installation; system start-up services; training; and incidentals required to completely famish and install security equipment at Osceola County facilities as designated. 7. The Contractor shall supply technical and programming services as required to troubleshoot and optimize Osceola County's existing alarm, access control, and video surveillance systems. These services shall be charged on an hourly basis per the price schedule. 8. The Contractor shall provide detailed documentation and diagrams to the County when installing a new system or significantly altering an existing one. The documentation requirements will be agreed upon with the County per project. 9. Programming services shall include alarm, access control, and video surveillance equipment and systems programming, software maintenance and data backups. The hourly rates for these services shall include all application and documentation files being supplied to Osceola County on electronic media. All Contractor supplied RFP-21-12227-TP 16 Rev 08.2020 DocuSign Envelope ID: AA7B9877-OAAO-4FBA-A5F6-1F6D35C6F686 programming services and applications turned over to or installed in Osceola County systems shall become property of Osceola County. 10. The Contractor shall provide technical support such as cost estimates, recommend actions of repair versus replacement, life expectancy, and maintenance recommendations at no additional costs to the County. 11. The Contractor shall supply technical telephone support services twenty-four (24) hours a day, seven (7) days a week, three hundred sixty-five (365) days a year, as required. At the start of each telephone support session, the Contractor shall assign a "Case Number" and log the start time and completion time. 12. The Contractor shall provide Vulnerability Assessments on new and existing facilities per Homeland Security. These services shall be provided as Security Consultant Services. D. Security The following security guidelines must be followed as part of this Agreement: 1. All posted facility security requirements will be maintained at all times. 2. Failure to comply with any security requirement may result in the worker(s) removal from any County facility. 3. It is at the COUNTY's sole discretion to remove personnel and/or to disallow their entry, at any time, with no cost or penalty to the COUNTY. 4. The CONTRACTOR'S employees must wear easily identifiable company uniforms (i.e. logo shirts). a. NO shorts b. NO sleeveless shirts c. Objectionable Tattoo's (determined at the County's sole discretion) must be covered or the person may be denied entry. 5. All CONTRACTOR'S personnel will carry a current legal photo Identification card (such as a US State issued Driver's License) and a Contractor issued photo Identification card. a. These must be presented immediately upon the request of the County. b. A refusal to show identification will result in denied access, and/or the immediate escort and removal from County property. That action may further result in their clearances being permanently revoked. 6. All personnel affiliated with the CONTRACTOR who may be tasked with entering County facilities covered by this contract agreement may be required to complete a background investigation. Individuals must submit their information at the Contract initiation, or at least 48 hours prior to requiring entry. These persons include, but are not limited to: a. Service Technicians, apprentices and helpers b. Supervisors c. Managers d. Company/Corporate Officers e. Owners f. Volunteers g. Contract Employees RFP-21-12227-TP 17 Rev 08.2020 DocuSign Envelope ID: AA7B9877-OAAO-4FBA-A5F6-1 F61335C6F686 h. Subcontractors i. Consultants 7 The depth of these investigations will vary by each facility's level of security access and will be detailed by the County's Project Manager or their designee upon the award of an Agreement. The County commonly uses, but does not limit itself to the following resources: a. FDLE - (Florida Department of Law Enforcement) b. JIS - (Judicial Inquiry System) c. FCIC - (Florida Crime Information Center) d. NCIC - (National Crime Information Center) e. FDOH - (Florida Department of Health) f. FDOC - (Florida Department of Corrections) g. JLA - (Jessica Lunsford Act) h. CJIS - (Criminal Justice Information Services) i. CJNet - (Criminal Justice Network) j. DAVID - (Driver And Vehicle Information Database) 8. Any persons found guilty of a Felony charge within the last twenty (20) years from the date of the background investigation may be denied access into any Osceola County facility. a. Any persons found guilty of Misdemeanor charges will not immediately be refused entry. The County will undertake an additional case -by case review and the individual may be approved access depending on the specific charge, quantity and severity of the misdemeanors. b. Any persons who have been arrested, brought to any Osceola County facility, classified and housed anywhere in Osceola County within the last ten (10) years will be denied. 9. Any Contractor personnel who will have continuous access to any County facility, or have the ability to view or access sensitive information within these facilities will need to be fingerprinted in addition to having their background check conducted. 10. The initial cost at contract start-up will be covered by the County, any subsequent investigations, at any time, for any reason, may be at the cost of the CONTRACTOR. 11.Only the personnel who pass the background investigations will be approved and authorized to access restricted County facilities. 12. County facilities that may mandate background investigations are: a. County Administration b. Courts c. Law Enforcement d. Corrections e. Constitutionals f. Communications g. Libraries (and any other facility where JLA may apply) h. Health Care 13. NOTE: The level of security and the requirement of a background investigation may be updated at any time, at the discretion of the County. RFP-21-12227-TP 18 Rev 08.2020 DocuSign Envelope ID: AA7B9877-OAAO-4FBA-A5F6-1F6D35C6F686 E. Response Time: l . The Contractor must provide service twenty-four (24) hours per day, seven (7) days a week, three hundred sixty-five (365) days a year, including weekends and holidays. 2. Emergency Response Services: a. Upon notification, the Contractor must respond with a knowledgeable trained technician to the Osceola County site within two (2) hours of notification for critical emergency service 3. Non -Emergency Services: a. Upon notification, the Contractor must respond with a knowledgeable trained technician to the Osceola County site within two (2) business days of notification for non -critical non -emergency service. 4. For all Contractor -installed systems, the Contractor will work with the County's Project Manager or designee to maintain an inventory of commonly used or restricted availability parts and provide delivery within four (4) hours for inoperable systems or within 5 business days , for non -emergency needs. Any exceptions must be approved and agreed upon with the County. 5. For all non -Contractor installed systems the Contractor must provide evidence of part order placement and an estimated time of arrival (ETA) on delivery of the parts within forty-eight (48) hours after receiving the Purchase Order. After delivery of parts, installation must be completed within two (2) hours for inoperable systems or within 5 business days for non -emergency needs. 6. The Contractor shall provide the services of a professional answering service or dispatcher service for non -normal business hours contact. F. Hours of Work: 1. Normal Business Hours — Normal Business hours are between the hours of 7:00 AM and 5:00 PM, Monday through Friday, excluding County holidays. Worked performed during these hours will be billed as "Straight Time Hours" work. The Contractor is expected to perform work during these hours unless approved in advance and in writing by the County's Project Manager or designee. a. Work scheduled in advance to be performed after Normal Business Hours shall be charged as "Straight Time Hours" work. 2. After Hours — After Hours are between the hours of 5:01 PM to 6:59 AM or on Saturday or Sunday or on County holidays. Work performed during these hours, including Emergency Work, will be billed as "Over -Time Hours" work. Work cannot be performed during these time frames unless approved in advance by the County's Project Manager or designee. 3. Emergency Call Out: Emergency Call Outs shall be charged at the "Over -Time Hours" rate, unless the Emergency Call out takes place during Normal Business Hours. 4. The County reserves the right to negotiate the hourly charge for work that starts during the Normal Business Hours but is completed within two hours after the start of After Hours. 5. No work may be performed on County holidays or after normal business hours without prior written authorization by the County's Project Manager or designee. RFP-21-12217-TP 19 Rev 08.2020 DocuSign Envelope ID: AA7B9877-OAAO-4FBA-A5F6-1F6D35C6F686 G. Proiect Pronosals/Estimates: 1. For each project, the Contractor shall submit a complete written estimate prior to initiation of any work. 2. The written estimate shall include the scope of work to be performed, estimated cost of labor, including estimated hours and positions, and a list of parts and materials to be used. The project requestor shall evaluate the estimates and, if found acceptable, shall provide written authorization in the form of a Purchase Order prior to the Contractor proceeding with the work. 3. No work is to be performed without a valid Purchase Order issued by Osceola County. 4. The County shall not honor any unauthorized charges. H. Permits: 1. The Contractor shall be responsible to apply for and obtain all permits required to complete the assigned projects. 2. Charges for permits fees shall be reimbursed at cost and shall not be marked up. 3. The Contractor shall provide supporting documentation of all permit fee charges. I. Travel Time Ea enses: The Contractor's travel time will be billed one way from the point of origin closest to the job site, as either the technician's location or Miller Electric, Company's Altamonte Springs office. J. Workmanship and Inspection: 1. The Contractor shall employ professional, qualified, and responsible service technicians to perform the work. The Contractor is expected to employ service technicians trained in the maintenance and installation of the specific types of equipment used in the Osceola County video and security systems. 2. The County may, in writing, require the Contractor to remove any employee from a jobsite that the County deems incompetent or careless. 3. The County will make inspections at our discretion of the work performed under the contract. 4. Any inspection by the County does not relieve the Contractor from any responsibility regarding defects or other failures to meet the contract requirements. 5. All deficiencies noted during an inspection will be corrected by the Contractor at no additional cost to the County. 6. If the Contractor fails to correct the defects within seven (7) days, the County will be entitled to have such work remedied by other sources and the Contractor may be fully liable for all costs and expenses reasonably incurred by the County. K. EmergencyEoergency Services: 1. Emergency Services are those services initiated during non -normal business hours and/or requiring priority response. Emergency Service shall be billed at the scheduled hourly rates plus emergency service multiplier. Planned or scheduled work during non- RFP-21-12227-TP 20 Rev 09,2020 DocuSign Envelope ID: AA7l39877-0AA04FBA-A5F6-1 F6D35C6F686 business hours shall not be considered emergency service and shall be invoiced at the normal scheduled rates. 2. Normal Business Hours under this agreement are Monday through Friday, 7:OOAM through 5:00 PM, excluding published County holidays. 3. It is understood the awarded contractor shall have personnel available twenty-four (24) hours a day, seven (7) days a week throughout the term of the resulting agreement. 4. The Contractor shall maintain a 24 hour, 365 day answering service for incoming service calls. All service calls shall be logged and the log shall be submitted to Osceola County on a monthly basis. 5. Repeated failure to meet established response times will be considered as grounds to terminate this agreement. L. Additional Obb ' ations of the Contractor_ During the performance of work pursuant to this Contract, the Contractor will: 1. Supervise and direct all work, in accordance with industry standards and any applicable manufacturer's instructions, and may not in any way void a manufacturer's warranty. 2. Be responsible for all construction means, methods, techniques, sequences and procedures and for coordinating all portions of the Services. 3. Provide an adequate number of skilled workers who are thoroughly trained and experienced in providing the services that are the subject of this specification. 4. Be responsible to Osceola County for the acts and omissions of their employees, subcontractors and their agents and employees, and all other persons performing any of the work as specified herein. 5. Assign a Project/Contract Manager who will have full authority to act on behalf of the Contractor on all matters relating to daily operation of the contract. 6. Provide Osceola County with a monthly schedule for all planned work, and reschedule such work when notified by Osceola County that the work cannot be performed at that time. The Contractor will not be compensated if work cannot be performed due to foreseeable circumstances. 7. Maintain a neat and clean workspace both during and after the performance of work. All trash will be removed from the site and deposited as appropriate. Any fireproofing, caulking or other materials that must be removed for the installation or performance of maintenance will be re -installed or repaired as appropriate. Ensure that necessary markings are installed where appropriate to identify new circuits, cables, or equipment as applicable. 8. Maintain documentation of all work performed under this Contract on forms provided or approved by Osceola County. All such documentation will become the property of Osceola County upon termination of this Contract. Invoices submitted by the Contractor will not be approved for payment unless written documentation of all work for which the Contractor seeks payment are attached. At the minimum, documentation will include: a. Contractor name, complete address, and contact information b. Date, time, and location of site visit c. Reason for site visit d. Brief description of work performed or accomplished RFP-21-12217-TP 21 Rev 08.2020 DocuSign Envelope ID: AA7B9877-OAAO-4FBA-A5F6-1F6D35C6F686 e. Any observed deficiencies or operational issues and recommendations for resolution f. Required or recommended follow-up g. Parts and/or consumables used h. Labor hours i. Participating Contractor personnel j. Osceola County Purchase Order number k. Approval by Contactor Operations Manager All work performed will be certified as complete by the project requestor or delegated evaluator prior to payment of the invoice. M. Site Clean-Urp and Waste: 1. The Contractor will, at all times, keep the adjacent areas of the job site free from accumulation of waste materials or rubbish caused by their operations. 2. The Contractor shall maintain a neat and clean workspace both during and after the performance of work. All trash will be removed from the site and deposited as appropriate. 3. Any fireproofing, caulking or other materials that must be removed for the installation or performance of maintenance will be re -installed or repaired as appropriate. 4. Ensure that necessary markings are installed where appropriate to identify new circuits, cables, or equipment as applicable. 5. The Contractor will remove all waste materials and rubbish from and about the job site, as well as all tools, equipment, machinery, surplus supplies and materials, leaving the job site in a clean, ready to use condition. 6. The Contractor will not use trash receptacles on the County's premises without authorization. 7. All waste materials associated with these services will be handled in accordance with all federal, state and local regulations. N. Warranty All projects and work performed under this agreement shall have a minimum 24 month parts and labor warranty. Should the manufacturer's warranties exceed 24 months, the manufacturers' warranty shall prevail with only the Contractor's normal labor rates being charged after the initial 24 month period. O. Re -Repair Services. The awarded contractor shall monitor, track and identify services that require re -repair. The awarded contractor shall not include the costs of such repairs in their monthly statement. P. Parts and Materials. 1. The Contractor shall bill the County for GenetecTM security system specific parts and materials based on a discount off Manufacturer Suggested Retail Price (MSRP), based on a published catalog. This includes, but is not limited to, GenetecTM, AxisTM, RFP-21-12227-TP 22 Rev 08.2020 DocuSign Envelope ID: AA7B9877-OAAO-4FBA-A5F6-1 F6D35C6F686 SynergisTM, OmnicastTM and HIDTM products. 2. The Contractor shall provide to the County semi-annually, at a minimum, a copy of the published catalog documenting MSRP. 3. The Discount provided shall be an established minimum. Osceola County reserves the right to negotiate the Discount on large project, when in the best interest of the County. 4. When providing Invoices, the Contractor shall note on the documentation the MSRP cost and the resulting price after applying the Discount. 5. For items identified as consumables, the County will pay the Contractor for such materials as reimbursement plus at 15% markup for administration. Consumables are items used in order to connect the various main components into the access control and video surveillance system. This includes, but is not limited to wires, "pull strings", conduit, connectors, tape, junction boxes, various chemicals, shop supplies and other similar items. The Contractor will provide a list of items they have used as part of their invoice. Q. Subcontractor Costs. 1. The awarded contractor is required, and must be able to perform, fifty-one percent (51%) of the work described herein without the use of subcontractors. 2. Should the Contractor require the services of a subcontractor, the services and subcontractor's pricing must be detailed on the invoice submitted to the County (with back-up receipts and documentation). 3. The County will pay the Contractor for the sub -contracted services at the Contractors cost, as a reimbursement plus at 15% markup for administration. 4. The Contractor is responsible for all payments to their subcontractors. 5. The Contractor assumes all liability and is solely responsible for ALL subcontractor work and actions. 6. The use of subcontractors must be approved in advance by the County's Project Manager or Designee. The County will have full discretion over whether the Contractor may or may not utilize a subcontractor. R. Equipment Rentals. 1. Should the Contractor require the use of equipment, such as specialty and heavy equipment, the rental of such equipment and pricing must be detailed on the invoice submitted to the County (with back-up receipts and documentation). 2. The County will pay the Contractor for the rental of equipment the Contractors cost, as a reimbursement plus at 15% markup for administration. 3. The Contractor is responsible for all payments for equipment rental. 4. The Contractor assumes all liability and is solely responsible for ALL equipment rentals they obtain. 5. The use of rental equipment must be approved in advance by the County's Project Manager or designee. S. Annual Maintenance and Support (SMA). The Contractor, as a system integrator, shall provide to the County access to all Genetec rm mains ar . and support programs. ams. P RFP-21-12227-TP 23 Rev 08.2020 DocuSign Envelope ID: AA7B9877-OAAO-4FBA-A5F6-1F6D35C6F686 Exhibit "B" Pricing Schedule Labor Hours Price Schedule StandardlNormal Hours Description Hourly Rate Project Management $ 115.00 Installation Technician $ 105.00 Installation Technician (Helper) $ 95.00 $ 115.00 Field Engineer Service Technician $ 105.00 $ 115.00 Application Engineer Draftsman/CADD Technician $ 115.00 Clerical (O&M Documentation) $ 75.00 Labor Hours Price Schedule Over Time/After Hours Description Project Management Hourly Rate $ 172.50 Installation Technician $ 157.50 $ 142.50 Installation Technician (Helper) Field Engineer Service Technician $ 172.50 $ 157.50 $ 172.50 $ 172.50 $ 112.50 Application Engineer Draftsman/CADD Technician Clerical (O&M Documentation) RFP-21-12227-TP 24 Rev 08.2020 DocuSign Envelope ID: AA7B9877-OAAO-4FBA-A5F6-1F6D35C6F686 GenetecTm Specific Parts and Materials Description Percentage Discount Al GenetecTM, Axis, Synergis', Onmicasf , HIDTM and other GenetecTM System specific Parts and Materials 13% minimum Miscellaneous Consumable Parts and Materials Description FMiscellaneous Percentage Markup Cost plus 15% Consumable Parts and Materials Subcontractor and Equipment Rental Costs For both Subcontractor and Equipment Rental Costs, the County will provide a reimbursement of expenses. The warded contractor will provide a copy of the subcontractor and equipment rental invoice to support reimbursement with their invoice for work performed. Description Estimated Costs Cost plus 15% - requires prior Subcontractor Costs approval by the County's Project Manager or Desi nee Cost plus 15% - requires prior Equipment Rental Costs approval by the County's Project Manager or Designee RFP-21-12227-TP 25 Rev 08.2020 DocuSign Envelope ID: AA7B9877-OAAO-4FBA-A5F6-1 F6D35C6F686 CONTRACT APPROVAL FORM TO: SCOTT DAVIDOFF, ACTING CITY MANAGER os THRU: FREDDY SUAREZ, PROCUREMENT SERVICES DIRE R FROM: RAMSEY JIMENEZ, SENIOR PROCUREMENT AGEN SUBJECT: VIDEO SURVEILLANCE AND ACCESS CONTROL SECURITY SYSTEM INSTALLATION, MAINTENANCE, REPAIRS AND UPGRADES DATE: NOVEMBER 22, 2021 THE PROCUREMENT SERVICES DIRECTOR RECOMMENDS THE FOLLOWING: 1. APPROVE: Agreement between the City of Clermont and Miller Electric to provide video surveillance and access control security system installation, maintenance, repairs and upgrades. The agreement shall take effect on the date of execution by both parties and shall remain in effect until April 30, 2024, unless renewed or terminated as provided by the Osceola County contractual agreement. Upon mutual agreement, the agreement may be renewed by Osceola County. 2. Why is this action necessary: In accordance with the City of Clermont Purchasing Policy, the City Manager is authorized to approve contracts under $50,000 that do not require a budget amendment. 3. ADDITIONAL INFORMATION: At the request of the Environmental Services Department, the Procurement Services Department sought a contract with Osceola County Contract Number RFP-21-12227-TP for video surveillance and access control. The estimated annual usage of this contract is $26,400. The Procurement Services Department issued RFI 2108-004 to notify local vendors of the City's intent to utilize other governmental entities' contract. At the completion of the RFI the Procurement Services Department received no interest. The Osceloa County contract was fully competed, advertised, and complies with the City of Clermont Purchasing Policy. 4. FISCAL IMPACT: The estimated fiscal impact of $26,400 will be determined on a project by project basis and funded by the respective department. 5. EXHIBITS: Miller Electric Agreement APPROVAL AUTHORITY Approved ® Disapproved ❑ Reason/Suggestion (If disapproved) E DocuSigned by: VmAikff Acting City Manager o2asssaCoo5AasC... 11/22/2021 Signature Title Date